The RFP Database
New business relationships start here

Instrument Manager Software Support


Oklahoma, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ). Submit only written quotes for 246-19-Q-1385510, Instrument Manager Software Support RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. This solicitation is a 100% Small Business set-aside. The associated NAICS code is 541519 with a small business size standard of 27.5 Million.

This RFQ contains two (2) Line Items for bio-waste disposal services:
CLIN DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL
0001 09/01/2019 thru 08/31/2020: IM-E01 18 SR Support of Interface Connection Renewal 1 Year
0002 09/01/2019 thru 08/31/2021: IM-B02 18 SR Support of IM Renewal 1 Year


SITE VISIT: N/A


PERIOD OF PERFORMANCE:


Base Year: September 1, 2019 through August 31, 2020


Vendor Requirements: See attached Statement of Work document for requirements, location, and instructions.


STATEMENT OF WORK, SITE DRAWINGS, AND WAGE DETERMINATION ARE ATTACHED TO THIS COMBINED SYNOPSIS SOLICITATION


Submit Quotes no later than: May 17, 2019 @ 3:00PM CST to the Following Point of Contact: Sean Long; sean.long@ihs.gov or 918-342-6509


Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):
(a) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:


Low Quote


This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive.


PROVISIONS: The following FAR provisions apply to this solicitation:


FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote).


CLAUSES: The following FAR clauses apply to this solicitation:


FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-13, Notice of Set-Aside of Orders; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.


Miscellaneous:
NO FAX QUOTATIONS
ELECTRONIC SUBMISSIONS - SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (sean.long@ihs.gov)
Mail quotations to Claremore Indian Hospital, Attn: Sean Long, 101 S Moore Ave, Claremore, OK 74017


All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award. Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote.


For additional information, please contact the Contract Specialist, Sean Long, sean.long@ihs.gov or 918-342-6509


Statement of Work (SOW)
Support & Maintenance for Instrument Manager Software



1. PURPOSE OF THE PROJECT


Support & maintenance shall be provided for Instrument Manager Software in the Claremore Indian Hospital Laboratory.


The primary purpose of this contract is to procure a contract with a Contractor who can provide support & maintenance for the Instrument Manager Software used in the Claremore Indian Hospital Laboratory.


2. BACKGROUND INFORMATION


The proper functioning of the Instrument Manager Software is necessary in order to facilitate quick and accurate reporting of test results by the Claremore Indian Hospital Laboratory.


3. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS


Contractor shall:


• Provide support and maintenance for the following:
o Instrument Manager Software, IM-B02.
o Instrument Manager Connections, GAS-IM-E01.
o Instrument Manager Interface Connection, IM-E01.
o Instrument Manager Core Software v8.04, 231293.
• Schedule support & maintenance with the contact person in the Laboratory.
• Complete a service report and submit it to the Information Technology Department within thirty (30) days of service.
• Submit invoice to Oklahoma City Area Office Finance Department, Laboratory Secretary and Purchasing Agent.


4. REFERENCE MATERIAL


The Contractor shall comply with Claremore Indian Hospital's Infection Control, Safety and Security procedures, practices, and standards, as provided to Contractor by Claremore Indian Hospital.


5. LEVEL OF EFFORT


The Contractor shall respond and be in contact with Medical Technologist within one hour of a request for emergency service from the Medical Technologist or Purchasing Agent.


6. SPECIAL REQUIREMENTS


Contractor shall:


• Have knowledge of support & maintenance for Instrument Manager software and connections as per provider's specifications for all software and connections listed herein.
Be authorized, trained and certified by the provider's and/or company representing the provider.


Sean L. Long, Supervisory Contract Specialist, Phone 9183426509, Email sean.long@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP